Contract notice
Section I: Contracting
authority
I.1) Name and addresses
King's College London
RC000297
The Strand
London
WC2R 2LS
UK
Contact person: Olya Spasova
E-mail: olya.spasova@kcl.ac.uk
NUTS: UKI
Internet address(es)
Main address: https://www.kcl.ac.uk
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge at:
https://in-tendhost.co.uk/kcl/aspx/Home
Additional information can be obtained from the abovementioned address
Tenders or requests to participate must be sent electronically to:
https://in-tendhost.co.uk/kcl/aspx/Home
Tenders or requests to participate must be sent to the abovementioned address
I.4) Type of the contracting authority
Body governed by public law
I.5) Main activity
Education
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
KCL-00001060 Cisco Supply Maintenance and Consultancy
Reference number: KCL-00001060
II.1.2) Main CPV code
72700000
II.1.3) Type of contract
Services
II.1.4) Short description
King’s wired and wireless networks are all based on Cisco equipment. As part of the current Invitation to Tender and the associated requirement specification, there are several types of Cisco-related product/service that King’s require: Maintenance and Supply — Consultancy The contract's initial period will be 3 years, extendable to 5.
II.1.5) Estimated total value
Value excluding VAT:
600 000.00
GBP
II.1.6) Information about lots
This contract is divided into lots:
Yes
Tenders may be submitted for all lots
II.2) Description
Lot No: 1
II.2.1) Title
Cisco Maintenance and Supply
II.2.2) Additional CPV code(s)
72700000
48200000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
II.2.4) Description of the procurement
Maintenance refers to the support of existing and new Cisco products that King’s operate, and includes hardware and software maintenance, SWSS license management and renewal, break/fix, troubleshooting, Cisco TAC support for bug fixes, software updates, and on-site engineers. Supply refers to the procurement of Cisco hardware, software, and license items, including pre-sales support, quotations, ordering, and delivery.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT:
600 000.00
GBP
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/05/2018
End:
31/05/2021
This contract is subject to renewal: Yes
Description of renewals:
Initial contract duration of 3 years, extendable to 5 years, and breakable before then should the Supplier not meet the requirements.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Lot No: 2
II.2.1) Title
Consultancy Services
II.2.2) Additional CPV code(s)
72700000
48200000
II.2.3) Place of performance
NUTS code:
UKI
Main site or place of performance:
II.2.4) Description of the procurement
Consultancy refers to miscellaneous services relating to Cisco products that could include design work, engineering tasks, troubleshooting, advice, and other kinds of work package. The price, duration, effort etc. of this work would be agreed by the parties in advance.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Start:
01/06/2018
End:
31/05/2021
This contract is subject to renewal: Yes
Description of renewals:
Initial contract duration of 3 years, extendable to 5 years, and breakable before then should the Supplier not meet the requirements.
II.2.9) Information about the limits on the number of candidates to be invited
II.2.10) Information about variants
Variants will be accepted:
No
II.2.11) Information about options
Options:
No
II.2.13) Information about European Union funds
The procurement is related to a project and/or programme financed by European Union funds:
No
II.2.14) Additional information
Section III: Legal, economic, financial and technical information
III.1) Conditions for participation
III.1.1) Suitability to pursue the professional activity, including requirements relating to enrolment on professional or trade registers
List and brief description of conditions:
As outlined in tender documentation.
III.1.2) Economic and financial standing
List and brief description of selection criteria:
Selection criteria as stated in the tender documentation.
III.1.3) Technical and professional ability
List and brief description of selection criteria:
Selection criteria as stated in the tender documentation.
III.2) Conditions related to the contract
Section IV: Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement:
Yes
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date:
09/04/2018
Local time: 12:00
IV.2.4) Languages in which tenders or requests to participate may be submitted
EN
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 3 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date:
09/04/2018
Local time: 12:00
Place:
Online executed by The Procurement Strategy and Services Team at King's College London.
Section VI: Complementary information
VI.1) Information about recurrence
This is a recurrent procurement:
No
VI.2) Information about electronic workflows
Electronic payment will be used
VI.4) Procedures for review
VI.4.1) Review body
Royal Courts of Justice
Strand
London
WC2A 2LL
UK
E-mail: comct.registry@hmcourts-service.gsi.gov.uk
VI.4.3) Review procedure
Precise information on deadline(s) for review procedures:
VI.5) Date of dispatch of this notice
09/03/2018